Loading...
R-99-09-09-10E6 - 9/9/1999RESOLUTION NO. R- 99- 09- 09 -10E6 WHEREAS, the City of Round Rock has previously entered into a contract ( "Contract ") with Chasco Contracting, Inc. for the Downtown Storm Drainage and Street Improvement Project, and WHEREAS, it has been determined that it is necessary to change said Contract in accordance with the attached Contract Change Order No. 7, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City Contract Change Order No. 7 to the Contract with Chasco Contracting, Inc. for Downtown Storm Drainage and Street Improvement Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 9th day of Sept ie. ;- , 1999. A. STLUKA, "(,YR. , Mayor A EST: City of Round Rock, Texas E LAND, City Secretary K:\ WPOOCS \RESOLITTI \R90909E6.WP0/ec9 Change Order No. 7 Date: 08/19/99 Project Title: Downtown Storm Drainage and Street Improvements Project No.: 702 -02A/B Contract No.: SUN 201719 Contract Date:May 28, 1998 Contractor: Chasco Contracting The following changes are hereby made to the Contract Documents: DRAWING 14 LIBERTY Item No. Work Description Quantity Unit Price Amount 340 Type A I-IIVIAC 513.05 tons $36.00 $18,469.80 210 -Al 12 "FIex.Base -430 SY $6.20 $(2,668.00) DRAWING 15 LIBERTY Item No. Work Description Quantity Unit Price Amount 432 -R Handicap Ramp 3 ea. $320.00 $960.00 432 -4 Sidewalk 4 inch 191 S.F. $3.20 $611.20 Hand Rail 60 L.F. $28.50 $1,710.00 439 Parking Lot Bumper Curb 7 ea. $32.00 $224.00 591 -F Concrete Rip Rap 6" 12 S.F. $3.75 $45.00 PVC Pipe, 8" 103 L.F. $15.00 $1,545.00 Concrete Footing and Steps 1.60 C.Y. $350.00 $560.00 DRAWING 16 LIBERTY Item No. Work Description Quantity Unit Price Amount 508 -1A S.Dra. Area Inlet 1 ea. $2,000.00 52,000.00 DRAWING 28 SHEPPARD Item No. Work Description Quantity Unit Price Amount 340 -B4 1.5" HMAC Type D 420 S.Y. $3.00 $1,260.00 201 Subgrade Preparation 420 S.Y. $1.00 $420.00 312 -D Underseal 420 S.Y. $1.00 $420.00 DRAWING 27 SHEPPARD (PARKING) Item No. Work Description Quantity Unit Price Amount 210 -Al 12" Flexible Base 170 S.Y. $6.20 $1054.00 201 Subgrade Preparation 170 S.Y. $1.00 $170.00 110 -B Street Excavation 170 S.Y. $8.00 $1,360.00 340 -B 1 2" HMAC Typ.D 170 S.Y. $4.00 $680.00 430 -Al Conc.curb & gutter 56 L.F. $6.40 $358.40 Conc. Laydown curb 85 L.F. $4.50 $382.50 DRAWING 6 BAGDAD Item No. Work Description Quantity Unit Price Amount 432 -4 Concrete Sidewalk 4" 1037 S.F. $3.20 $3318.40 430 -A1 Concrete Curb and Gutter 14 L.F. $6.40 $89.60 432 -R Handicap Ramp 1 ea. $320.00 $320.00 506 -J Junction Box, Type 1 2 ea. $2,800.00 $5,600.00 508 -SET Safety End Treatment 1 ea. $700.00 $700.00 510 -A7 18" RCP CL III 52 L.F. $29.00 $1,508.00 DRAWING 8 BURNET Item No. Work Description Quantity Unit Price Amount 432 -4 Concrete Sidewalk 4- inches 708 S.F. $3.20 $2265.60 DRAWING 4 ANDERSON Item No. Work Description Quantity Unit Price Amount 510 12" CMP 110 L.F. $21.50 $2,365.00 508 -1A S.D. Area Inlet 1 Ea. $2,000.00 $2,000.00 2" HMAC Type D Driveways 1257 SY $7.50 $9,427.50 (Inc. Excavation) TRAFFIC CONTROL FOR EXTENDED TIME 803 -L Barricades & traffic Handling 1 LS $6,627.00 $6,627.00 ADDITION AND DEDUCTIONS FOR CHANGE ORDER NO.2 DRAWING 15 508 -1,105 10' TXDOT Curb Inlet -1 EA $2,300.00 $(2,300.00) DRAWING 16 508 —I,IOS 10' TXDOT Curb Inlet -1 EA $2,300.00 $(2,300.00) DRAWING 18 REVISION 1 8/21/98 110 -B Street excavation -263 SY $8.00 $ (2,104.00) 201 Subgrade Prep. —263 SY $1.00 $ (263.00) 210 -Al 12" Flex. Base -263 SY $6.20 $ (1,630.60) 340 -B3 3 "HMAC Type D -263 SY $5.80 $ (1,525.40) 430 -Al Conc.curb & gutter 5 LF $6.40 $ 32.00 591 -F Conc.Rip -Rap 86 SF $3.75 $ 322.50 DRAWING 23 REVISION 1 9/99 508 -1A Storm D. Area Inlet -2 EA $2,000.00 $(4,000.00) DRAWING 26 508 -1,105 10' TXDOT Curb Inlet -1 EA $ 2,300.00 $(2,300.00) DRAWING 27 508 -1,105 10' TXDOT Curb Inlet -1 EA $ 2,300.00 $ (2,300.00) TOTAL $45,414.50 Justification/Additional Work CHANGE TO CONTRACT PRICE Original Contract Price: Current Contract Price as adjusted by previous change orders: Change Order No. 1: Change Order No. 2: Change Order No. 3: Change Order No. 4: Change Order No. 5: Change Order No. 6: $1,075,693.45 $27,200.00 $46,985.75 $4,760.00 $22,541.60 $7,098.00 $6,849.00 TOTAL:$1,191,127.80 The Contract Price due to this change order will be [increased] [decreased] by 545,414.50 The new Contract Price due to this Change Order will be $1,236,542.30 CHANGE TO CONTRACT TIME Additional calendar days for previous Change Orders No. 1 + 5, No. 2 + 18, No. 3 + 5, No. 4 +12. The Contract Time for this change order will be [increased] [degreased] by 51 calendar days. The date for completion of all work under the contract will be August 22, 1999. Approvals required: To be effective, this order must be approved by the Owner if it changes the scope or objective of the project, or as may otherwise be required under the terms of the Supplementary General Conditions of the Contract. Requested by: Roberto O. Martinez, MWM, Inc. Signature: /84-44t Accepted by: Al Witte Ci of Round Signature: R Signature. Accepted by: W'WAV� Date: Date: g/' . 7 8 . 3 /.9? Date: / 9" 7 f DATE: September 3, 1999 SUBJECT: City Council Meeting — September 9, 1999 ITEM: 10.E.6. Consider a resolution authorizing the Mayor to execute Contract Change Order No. 7 to Chasco Contracting, Inc. for the Downtown Neighborhood and Library Street Improvement Project. This change order provides for various quantity adjustments for necessary additional work as itemized in the change order. This change order is for $45,414.50 which increases the current contract to $1,236,542.30. The project work is funded by the 1996 General Obligation Bond Program. Staff Resource Person: Jim Nuse, Public Works Director.